
Market Leads & Opportunities
United Kingdom-Newcastle-upon-Tyne: Supply of Corporate Uniform
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 118-288025/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Partial bid
Contract notice
Supplies
Section I: Contracting entity
I.1) Name and addresses
Official name: London and South Eastern Railway Ltd
National registration number: 04860660
Postal address: 3rd Floor, 41-51 Grey Street
Town: Newcastle-upon-Tyne
Postal code: NE1 6EE
Country: United Kingdom
Contact Person: Rob Parfitt
Email: robert.parfitt@southeasternrailway.co.uk
Internet address(es):
Main address: www.southeasternrailway.co.uk
I.3)Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
electronically via:
Tenders or requests to participate must be submitted
to the above mentioned address
Electronic communication requires the use of tools and devices that are not generally available.Unrestricted and
full direct access to these tools and devices is possible,free of charge,at:
I.6) Main activity:
Railway services
Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Supply of Corporate Uniform
II.1.2) Main CPV code: 18222000
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
Supply and distribution of Corporate Uniform to London and South Eastern Railway Ltd.
II.1.5) Estimated total value
Value excluding VAT: 5000000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted for one lot only
II.2) Description
II.2.1) Title: Corporate Uniform
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 18222000
II.2.3) Place of performance
Nuts code: UKI, UKJ4, UKJ27, UKJ28 Main site or place of performance:The supply of uniform will be at selected locations throughout the operating network of London and South Eastern Railway Ltd.
II.2.4) Description of the procurement:
The following non-exhaustive list of items will be within the scope of this procurement exercise and will be classified as core items:
— coats,
— jackets,
— jumpers,
— shirts,
— blouses,
— trousers,
— skirts,
— belts,
— hats,
— ties,
— gloves,
The successful contractor will be required to manufacture/supply items to a set design and stringent quality specification which, whilst durable and fit for purpose, provides London and South Eastern Railway Ltd with exceptional value for money. You will also ensure intelligent supply chain management to include consideration in terms of storage and distribution with a streamlined process for meeting ordering requirements quickly and efficiently. A suitable process for customer returns will form part of the wider contract management requirements and you will partake in regular dialogue with London and South Eastern Railway Ltd and support ongoing efficiency improvements and innovation.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 4700000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start:2020-09-20
/ End:2022-04-01
This contract is subject to renewal: yes Description of renewals:
The contract may be renewed for separate 3 x 1 year extensions depending on the status of the South Eastern rail franchise and/or the requirements of London and South Eastern Railway Ltd
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number:2
/ Maximum number:8
Objective criteria for choosing the limited number of candidates:Criteria selected as providing an optimal level of market engagement in accordance with the requirements of this procurement exercise.
II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Corporate Uniform — Conductors and Revenue Enforcement Officers
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 18110000
Main CPV code: 35113400
II.2.3) Place of performance
Nuts code: UKI, UKJ4, UKJ27, UKJ28, UKJ22 Main site or place of performance:The supply of uniform will be at selected locations throughout the London and South Eastern Railway Ltd operating network.
II.2.4) Description of the procurement:
The following non-exhaustive list of items will be within the scope of this procurement exercise and will be classified as core items:
— coats,
— jackets,
— jumpers,
— shirts,
— blouses,
— trousers,
— skirts,
— belts,
— hats,
— ties,
— gloves.
Such items will support the requirements of our conductors and revenue enforcement officers and thus we will require items that consider the safety of employees working within these roles.
The successful contractor will be required to manufacture/supply items to a set design and stringent quality specification which, whilst durable and fit for purpose, provides London and South Eastern Railway Ltd with exceptional value for money.
You will also ensure intelligent supply chain management to include consideration in terms of storage and distribution with a streamlined process for meeting ordering requirements quickly and efficiently. A suitable process for customer returns will form part of the wider contract management requirements and you will partake in regular dialogue with London and South Eastern Railway Limited and support ongoing efficiency improvements and innovation.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 300000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start:2020-09-20
/ End:2022-04-01
This contract is subject to renewal: yes Description of renewals:
The contract may be renewed for separate 3 x 1 year extensions depending on the status of the South Eastern rail franchise and/or the requirements of London and South Eastern Railway Ltd.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number:2
/ Maximum number:8
Objective criteria for choosing the limited number of candidates:Criteria selected as providing an optimal level of market engagement in accordance with the requirements of this procurement exercise.
II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.6) Deposits and guarantees required:
Further information will be provided in the procurement documents, however suppliers will be assessed in relation to their current financial standing as part of this procurement process.
III.2.2) Contract performance conditions:
As stated within the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:2020-07-29 Local time:16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:2020-08-07
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: London and South Eastern Railway Ltd
Postal address: 3rd Floor, 41-51 Grey Street
Town: Newcastle-upon-Tyne
Postal code: NE1 6EE
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: London and South Eastern Railway Ltd
Postal address: 3rd Floor, 41-51 Grey Street
Town: Newcastle-upon-Tyne
Postal code: NE1 6EE
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2020-06-16
More Opportunties
- United Kingdom-Hull: Educational Furniture
10 Jul 25
To provide furniture to Hull College> > - United Kingdom-Cardiff: PHW-FTS-59650 Supply of Return Envelopes for Bowel Screening Wales FIT Tests
10 Jul 25
Public Health Wales are exploring the market to scope requirement and review indicative pricing for return envelopes for use within Bowel Screening Wales. They are progressing an expression of interest exercise and through this notice Public Health Wales> > - United Kingdom-Hull: Educational Furniture
10 Jul 25
Provide educational furniture to Hull College> >